Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 17, 2001 PSA #2831
SOLICITATIONS

29 -- BATTERIES

Notice Date
April 13, 2001
Contracting Office
USPFO for Michigan, Contracting Office, 3111 W. Saint Joseph St., Lansing, MI 48913
ZIP Code
48913
Solicitation Number
W80R5H-0332-0200
Response Due
April 27, 2001
Point of Contact
Debbie Clemence, 517-483-5708
E-Mail Address
click here to contact the Purchasing Agent via e-mail (deborah.clemence@mi.ngb.army.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a separate written solicitation will not be issued. This solicitation number is W80R5H-0332-0200 and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 97-20 and Defense Acquisition Circular Number 20001025 Edition. THIS SOLICITATION IS BEING ADVERTISED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. This is a "Best Value" solicitation and offerers should submit a quote that they feel will best support our requirements. Description of commodity: 1500 each, 6TL/6TLMF Batteries. Offer to be firm-fixed-price, commodity delivery to be made on an "on call" basis for the period ending September 30, 2001. Quantity is an estimate only, actual usage should not be less than 50% of estimate. Offer is to be FOB destination, delivered to 23 different locations in the State of Michigan; Grand Ledge (48837), Selfridge ANGB (48045), Flint (48503), Lapeer (48846), Wyoming (49509), Kalamazoo (49009), Dowagiac (49047), Cadillac (49601), Ishpeming (49849), Baraga (49908), Ironwood (49938), Gladstone (48937), Kingsford (49001), Ypsilanti (48197), Taylor (48180), Midland (48640), Sault Ste Marie (49783), Marquette (49855), Montague (49437), Augusta (49012), Grayling (49738), Lansing (48913). Offeror should consider offering the following services: testing, recharging, and returning of batteries; on-site instructional classes on maintenance and up-keep of batteries; safe removal, credit, and disposal (re-cycling) of scrapped lead acid batteries, and stock rotation. The following FAR provisions and clauses apply to this solicitation: 52.211-17, Delivery of Excess Quantities; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representation and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial items; 52.212-5 (dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.222-21, Prohibition of Segregated Facilities; 52.222.26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-18, European Union Sanctions for End Products. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-35, Protest After Award; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated by Reference; and 52.252-6, Authorized Deviations in Clauses. The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.204-7004, Central Contracting Registration, 252.212-7001(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.225.7000, Buy American Act-Balance of Payments Program Certificate; and 252.225-7001, Buy American Act-Balance of Payments. Copy of provisions and clauses are available on the Internet at www.arnet.gov/far . Qualifying offers must meet the stated specifications and be accompanied by completed provisions 52.212-3 and 252.225-7000. Offerers must have a valid DUNS Number (1-800-333-0505); must be able to receive payments via Electronic Funds Transfer (EFT/Direct Deposit). Offerers must be registered with the Central Contracting Registry (CCR) (web address for registration: http://ccr.edi.disa.mil); and must provide three (3) customer references with business name, point of contact with telephone number. The Government will award a fixed-price commercial contract, with two (2) option years, to the responsible contractor whose quotation, conforming to this solicitation, will be most advantageous to the Government, based on overall best value. Best value to the Government will be determined by evaluating the following criteria: price and services offered, both considered to be of equal importance. The quotes must provide sufficient detail on the proposed item and services to allow the government to make a best value determination. Required information and completed offer, to include specifications, warranty information, and descriptive literature, may be faxed to 517-483-5900 or mailed to USPFO FOR MICHIGAN, Purchasing & Contracting, Attn: Debbie Clemence, 3111 W. St. Joseph Street, Lansing, MI 48913-5102. Offer must be received not later than Noon, local time, April 27, 2001. All responsible sources may submit an offer, which shall be considered by the agency. Questions may be addressed to Debbie Clemence at (517)483-5708 or deborah.clemence@mi.ngb.army.mil.
Record
Loren Data Corp. 20010417/29SOL002.HTM (W-103 SN50J232)

29 - Engine Accessories Index  |  Issue Index |
Created on April 17, 2001 by Loren Data Corp. -- info@ld.com